Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

23 -- Rescue Buggy

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
AJO05144
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Description
This is a combined synopsis/quotation (RFQ) for commercial items prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. This RFQ is issued under FAR Part 12 as a modified commercial item and the Test Program for Certain Commercial Items under FAR Part 13.5. This announcement constitutes the only quotation and a written quotation will not be issued. The Department of Homeland Security/ Customs and Border Protection is requesting a quotation to provide two (2) rescue buggies to Customs and Border Protection/ U.S. Border Patrol?s Ajo Station. The contractor shall offer buggies that will meet the Government?s application in accordance with the attached specifications. All equipment and parts offered shall be designed for heavy duty, off-road use in the roughest terrain (soft sand, hard sand, and mountains), extreme weather conditions, and be of professional race quality construction. The Government will provide a backboard, Stokes litter and oxygen tank, emergency medical gear bag, two way radio, speaker, radio antenna, siren and emergency lights to the awarded contractor so that these items can be incorporated and installed on the buggy. The quoter shall submit the following for consideration: (1) descriptive literature for all equipment offered to be furnished, (2) warranty, to include the equipment, response time for warranty repairs, warranty on the installation, and service location, (3) delivery schedule, (4) references of at least three contracts of the same or similar nature which includes contract number, point of contacts, name and address, type of equipment furnished, and (5) price. Prices are solicited FOB Destination (Ajo, AZ). FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of technical, past performance and price and price related factors. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); Buy American Act ? Balance of Payment Program-Supplies (41U.S.C. 10a-10d); 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Contractor must be currently registered in the Central Contractor Registration, Online Representations and Certifications Application (http://orca.bpn.gov), and provide DUNS number and TIN with quotation. The contractor may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-05. The North American Industry Classification System Code (NAICS) is 336999; Size Standard is 500 employees. This requirement is a small business set-aside. Closing date or response date for this synopsis/quotation AJO 05-144 is August 26, 2005 at 4:00pm, Pacific Time. Only written responses will be accepted, No phone calls will be accepted. Responses can be faxed to (520) 883-0628, Attn: Brenda Lopez, or E-mail in MS Word format. All responsible sources may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice. (See attachment for specs). Frame Specifications: Attachment: 1. Frame shall be constructed with 1.5? 4130 chromoly round tubing. Diagonal frame supports shall be constructed of at least 1? 4130 tube, rear engine design. 2. Wheelbase will be a minimum of 125?, ground clearance minimum of 17?. 3. Maximum overall width of 80 ? at the front wheels and 90? at the rear wheels. 4. Frame shall be of the four-seat design to seat a driver, a passenger and rear passengers, Seats will be suspension type, driver?s seat will be adjustable, with H/D race quality 5-piont seat belts. 5. Passenger seats will be fastened with ?quick pins? on order to be removed and exchanged for a Stokes type litter basket. 6. When not in use the Stokes type basket will be secured on the roof of the buggy with ?quick pins?. 7. Overall length shall be maximum 170?, maximum weight 1550 pounds without equipment. 8. Roll cage integrity shall consist of six primary up-rights per side (one to be removable, if necessary for placement of medical stretcher). 9. Door opening on both sides shall be 35? by 30?, step in height no higher than 30?. 10. Distance from the floor bottom to the top of the cage shall be at least 43?. 11. .120 thickness aluminum floor front to rear/ .060 roof for full coverage, rhino lined. 12. Aluminum skid plates for engine and transmission, .250 thickness. 13. Wink mirror 4? x 14?, Full roof rack, hard side storage box, CNC pedals. 14. Frame shall have a whip antenna mount on the top portion of the roll cage. Mount will be in the center of the roll cage on the rear hoop. Mount shall have an electric wire supplied so a lighted whip may be installed. 15. Frame shall have aluminum side panels and front quarter panels, removable windshield with aluminum frame. Engine/ Transmission Specification: 16. 175 h.p. 2500cc Dual OHC fuel-injected engine with quiet muffler exhaust system. Hi-torque starter. 17. Oversized aluminum radiator with twin electric fans or equivalent to cool engine in hot desert weather under all conditions. 18. Four speed Mendeola MD42D heavy-duty transmission or equivalent. 19. 934 constant velocity joints with Kartek cages. Suspension: 20. Drive train shall be rear engine with independent rear suspension utilizing Sway-a-way type axles. 21. Front and rear suspension shall be independent double-A-arm type with single 2.5 heavy-duty off-road shocks with up to 20? of vertical travel. 22. Heavy-duty race quality 4340 chromoly front spindles/heims on tie rods and front A-arms. 23. 934 300m heavy-duty race quality axles. 24. All suspension bushings will be made of high strength delrin, (4) 2.5? shocks w/reservoirs front and rear with race quality coil springs 25. Vehicle will have 20? of wheel travel front and rear. 26. All suspension components will be made of heavy-duty chromoly 4130 material. Steering Specification: 27. Power steering, power assist rack & pinion. 14? steering wheel w quick disconnect. Electrical Specification: 28. 12 Volt negative grounded power system with high output (140 amp) alternator system capable of operating stock vehicle system as well as Government supplied law enforcement equipment (light bar, siren box, radio, etc.). 29. Contractor will mount equipment to ensure driver can reach the controls when seat belted in operating position and the equipment is not in the way when entering and existing the vehicle. 30. Dual battery, three 12-volt cigarette type power ports, dome light built in. 31. Two HID off road head lights, two HID side spot lights, one HID rear spot light to be mounted below the driver?s eye level and at least two red tail and brake light with dash mounted cut-off switch. Gauges/Fuel Specification: 32. Instrument panel to include, coolant, oil, voltage, tachometer, fuel, hour, keyed ignition/push button start. 33. Minimum of 20-gallon capacity. Tires and Rims/ Brakes: 34. Heavy Duty 15?rear, 16? front wheels and tires will be all-terrain type suitable for hard desert and sandy terrain. 35. One spare 16? wheel and tire will be provided. 36. Front and rear race quality disk brakes with bias adjustable front to rear, stainless steel brake lines. 37. Rear cut in brake lever. Vehicle Color: 38. Overall the vehicle will be painted a powder coated white.
 
Place of Performance
Address: Customs and Border Protection Tucson Sector, Ajo Arizona
Zip Code: 85321
Country: US
 
Record
SN00867877-W 20050813/050811211526 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.